4 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - September 3, 2019

AIR FORCE

Leidos Inc., Reston, Virginia, has been awarded a $445,361,476 indefinite-delivery/indefinite-quantity contract for Air Force National Capital Region information technology services. This contract provides a full range of classified and unclassified information technology services in the National Capital Region. Work will be performed in the National Capital Region to include Joint Base Andrews, Joint Base Anacostia-Bolling and the Pentagon, and is expected to be complete by Sept. 2, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $7,522,000 are being obligated at the time of award. The Air Force, District of Washington Contracting, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-D-A005).

GTA Containers Inc., South Bend, Indiana, has been awarded a $9,478,079 contract modification (P00004) to previously awarded FA8533-16-D-0001 for collapsible fuel tank production. The contract modification provides for the purchase of additional quantities of 34 10K collapsible fuel tanks; 171 50K collapsible fuel tanks; and 130 210K collapsible fuel tanks being produced under the basic contract. Total cumulative face value of the contract is $15,102,610. Work will be performed at South Bend, Indiana, and is expected to be completed by Jan. 31, 2021. Fiscal 2018 other procurement funds are being used and no funds are being obligated at the time of delivery order award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

NAVY

Science Applications International Corp., Reston, Virginia, is awarded a $69,929,520 firm-fixed-price, cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-6425 to exercise Option Year Three for the production of Mk 48 Mod 7 heavyweight torpedo afterbody/tailcone sections, production support material, spares, auto-electrical power source test sets, engineering support, other direct costs and hardware repair services. Work will be performed in Bedford, Indiana (50%); Marion, Massachusetts (29%); Middletown, Rhode Island (16%); and Indianapolis, Indiana (5%), and is expected to be completed by March 2021. Fiscal 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 shipbuilding and conversion (Navy); and Foreign Military Sales funding in the amount of $69,929,520 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $50,307,909 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 16. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, Ballistic Missile Defense test team support, Aegis ashore support and AWS element assessments. This contract will cover the AWS ship integration and test efforts for nine new construction DDG 51 class ships and the major modernization of seven DDG 51 class ships. It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS Baselines up to and including ACB 16. Work will be performed in Moorestown, New Jersey (49%); Deveselu, Romania (12%); Norfolk, Virginia (8%); San Diego, California (8%); Washington, District of Columbia (7%); Pascagoula, Mississippi (5%); Mayport, Florida (4%); Bath, Maine (3%); and various places each below one percent (4% cumulative), and is expected to be complete by September 2024. Fiscal 2014 shipbuilding and conversion (Navy); fiscal 2019 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funds in the amount of $4,774,574 will be obligated at time of award and $1,452,864 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $46,679,930 modification to previously awarded contract N00024-18-C-6405 to exercise Option Year One for the production of MK54 MOD 0 lightweight torpedo array kits. This option provides spares, production support material, and related engineering services, hardware support and maintenance of government-furnished equipment. This modification combines purchases for the Navy (23%); the government of Canada (46%); Netherlands (28%); and Norway (3%) under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70%); and Lititz, Pennsylvania (30%), and is expected to be completed by September 2022. FMS funding in the amount of $36,031,476; and fiscal 2019 weapons procurement (Navy) in the amount of $10,648,454 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6405).

General Atomics, San Diego, California, is awarded a $33,187,541 cost-plus-incentive-fee, indefinite-delivery/definite-quantity contract for up to two Bearing Support Structure (BSS) inseparable assemblies in support of the Columbia-class program. This contract is for a five-year ordering period and does not include options. Work will be performed in Tupelo, Mississippi, and is expected to be completed by August 2024. Fiscal 2019 National Sea-Based Deterrence Fund (NSBDF) funding in the amount of $12,497,115 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0006).

Homeland Security Solutions Inc., Hampton, Virginia, is awarded a $10,951,521 firm-fixed-priced modification to previously awarded contract M00264-19-C-0007 to exercise Option Year One. The work to be performed provides program management support, training, human resources services and non-guard security support services to the Marine Corps. Work will be performed in Camp Lejeune/New River, North Carolina (11%); Camp Pendleton, California (10%); Washington, District of Columbia (9%); Cherry Point, North Carolina (8%); Miramar, California (8%); Quantico, Virginia (8%); Camp Smith and Kaneohe Bay, Hawaii (7%); Beaufort/Parris Island, South Carolina (6%); Yuma, Arizona (5%); Barstow, California (5%); San Diego, California (5%); Albany, Georgia (5%); Okinawa, Japan (5%); Bridgeport, California (2%); Blount Island, Florida (2%); New Orleans, Louisiana (2%); and Iwakuni, Japan (2%), and is expected to be completed by September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds in the amount of $10,095,934 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations, National Capitol Region - Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded a $10,688,154 modification to previously awarded contract N00024-18-C-6410 to exercise Option Year Two for the production of MK54 MOD 1 lightweight torpedo proof of design components, test equipment, associated production support material, spares, and engineering and hardware support services. This modification combines purchases for the Navy (99%); and the government of the United Kingdom (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Charleroi, Pennsylvania (70%); Salt Lake City, Utah (26%); and Manassas, Virginia (4%), and is expected to be completed by March 2022. Fiscal 2019 weapons procurement (Navy) funding in the amount of $10,680,514; and FMS funding in the amount of $32,306 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded an estimated $38,040,445 modification (P00039) to a three-year base contract (SPE7MX-16-D-0100) with two one-year option periods adding vehicle spare parts. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Michigan and South Carolina, with an Aug. 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $8,845,490 firm-fixed-price delivery order (SPRPA1-19-F-QH08) against a five-year basic ordering agreement (FA8122-19-G-0001) for compressor casings. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 47-month contract with no option periods. Location of performance is Massachusetts, with a July 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

ARMY

RTI Technologies LLC,* McEwen, Tennessee, was awarded an $18,601,016 firm-fixed-price contract for or the procurement of the M700 time blast fuse. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 2, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0086).

CACI-ISS Inc., Chantilly, Virginia, was awarded a $10,172,707 modification (P00058) to contract W15QKN-15-C-0049 for the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of Nov. 30, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,172,707 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

NW Construction Inc.,* Bozeman, Montana, was awarded a $7,656,775 firm-fixed-price contract for equalizer dam and dike modifications, construction, electrical, controls, and concrete. Bids were solicited via the internet with three received. Work will be performed in Fort Hall Indian Reservation, Idaho, with an estimated completion date of June 30, 2021. Fiscal 2019 Bureau of Indian Affairs construction funds in the amount of $7,656,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0022).

CORRECTION: A $377,006,101 contract award to Southwest Range Services LLC, Las Cruces, New Mexico (W91151-19-C-0008), was announced Aug. 30, 2019, with an incorrect amount of obligated funds. The correct contract obligation amount is $231,230. All other information in the announcement is correct.

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification (P00024) on contract HTC711-14-D-R025 in the estimated amount of $14,950,112. This modification provides continued support of transportation and storage of Department of Defense-sponsored (DoD) shipments of privately owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within and outside the U.S. The option period of performance is Sept. 1, 2019, to Sept. 30, 2019. Fiscal 2019 transportation working capital funds were obligated. This modification brings the total cumulative face value of the contract to $942,359,138 from $927,409,026. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1950681/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - September 24, 2019

    25 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 24, 2019

    ARMY Globe Tech LLC, Plymouth, Michigan,* was awarded a $132,473,932 firm-fixed-price contract for Explosive Hazard Pre-detonation roller system and ancillary support parts. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0101). TRAX International Corp., Las Vegas, Nevada, was awarded a $90,080,397 modification (P00025) to contract W9124R-18-C-0001 for non-personal test support services. Work will be performed in Yuma, Arizona; and Fort Greely, Arkansas, with an estimated completion date of Sept. 30, 2020. U.S. Army Mission and Installation Contracting Command, Yuma, Arizona, is the contracting activity. ACC Construction Company Inc., Augusta, Georgia, was awarded a $28,917,160 firm-fixed-price contract for construction of a consolidated mission complex. Bids were solicited via the internet with three received. Work will be performed in Warner Robins, Georgia, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 military construction funds in the amount of $28,917,160 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0042). Honeywell International Inc., Phoenix, Arizona, was awarded a $21,227,814 firm-fixed-price Foreign Military Sales (Kuwait and Saudi Arabia) contract for engine parts for the Advanced Gas Turbine-1500 tank engine rebuild. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 28, 2022. Fiscal 2019 firm-fixed-price funds in the amount of $21,227,814 were obligated at the time of the award. U.S. Property and Fiscal Office, Topeka, Kansas, is the contracting activity (W912JC-19-C-5716). HDT Expeditionary System Inc., Solon, Ohio, was awarded a $14,236,369 firm-fixed-price contract for new production, resets, and independent demands for the F-100 Environmental Control Unit. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0109). M1 Services LLC, Denton, Texas, was awarded a $13,875,215 modification (P00040) to contract W9124G17C0104 for aviation maintenance. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Jan. 15, 2028. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,875,215 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Rucker, Alabama, is the contracting activity. Sevenson-USA Environmental JV,* Niagara Falls, New York, was awarded a $12,035,237 cost-plus-fixed-fee contract for environmental remediation construction, investigation, production piping and cleanup of environmental contamination. Bids were solicited via the internet with four received. Work will be performed in De Soto, Kansas, with an estimated completion date of Sept. 23, 2024. Fiscal 2019 Defense Environment Restoration Account, and Base Realignment and Closure funds in the amount of $12,035,237 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-3003). BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,987,920 modification (P00111) to contract W56HZV-15-C-0099 for systems technical support, engineering, logistics and fielding support for the Bradley Fighting Vehicle Family of Vehicles, the Multiple Launch Rocket System Carrier, and the M113 Armored Personnel Carrier Family of Vehicles. Work will be performed in San Jose, California; and Sterling Heights, Michigan, with an estimated completion date of Sept. 24, 2020. Fiscal 2017 and 2019 procurement defense wide funds in the amount of $10,987,920 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Jacobs Ewing Cole JV, Pasadena, California, was awarded a $9,900,000 firm-fixed-price for architect and engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0010). Ashford International LLC,* Killen, Texas, was awarded a $9,548,666 firm-fixed-price contract for renovation of Building 26041. Bids were solicited via the internet with one received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 23, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,548,666 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0038). Bhate Environmental Associates Inc., Birmingham, Alabama, was awarded an $8,829,287 firm-fixed-price contract for demolition services, abatement and removal of asbestos containing materials and other regulated materials, disconnect and capping of utilities, complete removal of utilities, disposal of all debris materials and restoration of the site to a specified condition. Nine bids were solicited with five bids received. Work will be performed in Panama City, Florida, with an estimated completion date of Feb. 25, 2021. Fiscal 2010 Air Force funds in the amount of $8,829,287 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-F-1248). Roen Salvage Co.,* Sturgeon Bay, Wisconsin, was awarded an $8,433,900 firm-fixed-price contract for pier repair. Bids were solicited via the internet with six received. Work will be performed in Duluth, Minnesota, with an estimated completion date of July 1, 2021. Fiscal 2019 civil works; and operations and maintenance funds in the amount of $8,433,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-19-C-0020). Seneca Construction Management LLC,* Killen, Texas, was awarded an $8,230,000 firm-fixed-price contract for renovation of Building 44012. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 23, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,230,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0039). Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $7,395,279 firm-fixed-price contract for Eagle Island disposal area improvements. Bids were solicited via the internet with two received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of March 25, 2021. Fiscal 2019 civil construction; and rivers and harbors contributed and advanced funds in the amount of $7,395,279 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0034). NAVY Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels and Daniels Construction Co. Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce and Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are being awarded a $67,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. After award of this modification, the total maximum dollar value for all six contracts combined will be $249,000,000. The work to be performed provides for general construction services including, but not limited to, new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure, and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by December 2020. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance, (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (N61331-19-D-0010); L-3 Unidyne Inc., Norfolk, Virginia (N61331-19-D-0011); and Atlantic Diving Supply Inc., Virginia Beach, Virginia (N61331-19-D-0012), are awarded a combined $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award supply contract for the provision of hardware, materials, and supplies to support the expeditionary warfare, maritime, littoral and mine warfare programs. The companies will compete for individual delivery orders. Work will be conducted in various Navy ship homeports, and is expected to be completed in September 2020. If all options are exercised, work will continue through September 2024. At the time of award, Booz Allen Hamilton is awarded a delivery order for $224,228; L-3 Unidyne is awarded $10,000; and Atlantic Diving Supply Inc. is awarded a delivery order for $159,714 and a delivery order for $316,757. Fiscal 2017 other procurement, (Navy) funding in the amount of $476,471 (67%); 2019 operation and maintenance, (Navy) funding in the amount of $183,529 (26%); and Navy working capital funding in the amount of $50,699 (7%), will be obligated at the time of award, and funding in the amount of $183,529 will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity. Sauer Inc., Jacksonville, Florida, is awarded a $46,672,691 firm-fixed-price contract for design-build renovation of Building X132 for Military Sealift Command consolidation at Naval Station Norfolk. The contract also contains three planned modifications, which if exercised, would increase cumulative contract value to $61,869,188. The work to be performed provides for the design and construction for a comprehensive renovation of Building X132. The project purpose is to consolidate the administrative spaces of Military Sealift Command. The administrative spaces include open office, closed offices, classrooms, conference rooms, meeting rooms, break rooms, a secure enclave, two new security entrance vestibules, and two new stairwells. Four new passenger elevators and one new freight elevator will be provided, using three of the existing elevator shafts. The planned modifications, provides for the furniture fixtures and equipment, audio visual, and electronic security system. Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2022. Fiscal 2019 Navy working capital fund, contract funds in the amount of $46,672,691 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9263). Ocean Ships Inc., Houston, Texas, was awarded a $47,539,641 modification under a previously awarded firm-fixed-price contract (N3220517C3100) to fund the second one-year option period for the operation and maintenance of six Oceanographic Survey ships and USNS Waters (T-AGS 45). This contract includes a 12-month base period, four 12-month option periods, and one six-month option period, which if exercised, would bring the cumulative value of this contract to $176,193,231. Work will be performed at sea, starting Oct. 1, 2019, and is expected to be completed, if all options are exercised, by Sept. 30, 2022. Fiscal 2020 operations and maintenance funds in the amount of $47,539,641 are being obligated and will expire at the end of the fiscal year. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 23, 2019) Huntington Ingalls Inc., Newport News, Virginia, is awarded a $38,000,000 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades, and modernization efforts on the USS Helena (SSN 725) dry-docking selected restricted availability. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled availability. Work will be performed in Newport News, Virginia, and is expected to be complete in January 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $38,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. Woodward HRT Inc., Santa Clarita, California, is awarded $20,612,550 for delivery order N00383-19-F-NM0K under previously awarded basic ordering agreement N00383-18-G-NM01 for the repair of 402 hydraulic drive units in support of the V-22 aircraft. Work will be performed in Santa Clarita, California, and will be completed by November 2020 with no option periods. Fiscal 2019 working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. Funds in the full amount of $20,612,550 will be obligated at the time of award. One company was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Huntington Ingalls Industries, Newport News, Virginia, was awarded a $20,000,000 cost-plus-fixed-fee modification to previously-awarded contract N00024-15-C-4301 to continue performance of the repair, maintenance, upgrade and modernization efforts for the USS Columbus (SSN 762) engineered overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the availability work package and additional required work discovered during the inspection of shipboard components. This work is necessary to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled maintenance availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. (Awarded Sept. 23, 2019) Huntington Ingalls Industries, Newport News, Virginia, is awarded a $20,000,000 cost-plus-fixed-fee modification to previously-awarded contract N00024-15-C-4301 to continue performance of the repair, maintenance, upgrade and modernization efforts for the USS Columbus (SSN 762) engineered overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the availability work package and additional required work discovered during the inspection of shipboard components. This work is necessary to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled maintenance availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. Mercury Defense Systems Inc., Cypress, California, is awarded a $13,720,509 firm-fixed-price delivery order (N6833519F0285) against a previously issued basic ordering agreement (N00019-17-G-0017). This order is for 27 Type II advanced digital radio frequency memories hardware and software for the Navy, Air Force, National Guard and Reserve components. Work will be performed in Cypress, California (72%); and West Caldwell, New Jersey (28%), and is expected to be completed in June 2021. Fiscal 2018 research, development test evaluation (Air Force); 2019 missile procurement and aircraft procurement (Air Force); 2019 National Guard and Reserve Equipment (Defense); and 2019 working capital funds (Defense) funds will be obligated at time of award, $5,589,837 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($8,130,672; 59%); National Guard and Reserve ($5,081,670; 37%); and Department of Defense ($508,167; 4%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Sealift Inc., Oyster Bay, New York, is awarded a $10,090,017 modification under a previously awarded firm, fixed-price contract (N32205165C3501) to fund the fourth one-year option period. The option will continue to provide one U.S. flagged vessel, M/V SSG Edward A. Carter Jr. (T-AK 4544), for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes); and for military readiness for the Department of the Army. The vessel is capable of deployment to worldwide locations. The current contract includes a five-month firm period of the performance, four one-year option periods and one five-month option period. Work will be performed worldwide and is expected to be completed by Sept. 30, 2020. The option will be funded by fiscal 2020 working capital funds. Military Sealift Command, Norfolk, Virginia, is the contracting activity. Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N55236-18-D-0001); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N55236-18-D-0002); Epsilon Systems Solutions Inc.,* National City, California (N55236-18-D-0003); Tecnico Corp.,* Chesapeake, Virginia (N55236-18-D-0004); Southcoast Welding & MFG LLC,* Chula Vista, California (N55236-18-D-0005); Bay City Marine Inc.,* National City, California (N55236-18-D-0006); Pacific Ship Repair & Fab Inc.,* San Diego, California (N55236-18-D-0007), and Miller Marine Inc.,* San Diego, California (N55236-18-D-0008), are awarded a combined $7,092,147 firm-fixed-price contract modifications to exercise Option Year Two of their respective previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts to provide depot level repairs, interior and exterior preservation, barge modernization upgrades, dockside and dry dock services for Navy barges in the Pacific Southwest (San Diego) California area. Each contractor shall furnish the facilities and human resources capable of completing berthing and messing barge repair and maintenance services for barges assigned to or visiting the port of San Diego, California. Each contractor will compete for each delivery order when a requirement is identified. Work is expected to be completed by October 2020. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. DEFENSE LOGISTICS AGENCY Atlantic Diving Supply Inc., doing business as ADS, Virginia Beach, Virginia, has been awarded a maximum $30,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair, and operations supplies and related incidental services. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is an 11-month contract with no option periods. Location of performance is Southwest Africa, with an Aug. 26, 2020, performance completion date. Using customers are U.S. forces in U.S. Africa Command. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-19-D-0003). Golden State Medical Supply, Camarillo, California, has been awarded a maximum $9,500,000 firm-fixed-price requirements contract for Ziprasidone HCL capsules. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Locations of performance are California and Canada, with a Sept. 23, 2020, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services, and Federal Bureau of Prisons. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-19-D-0081). Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $8,586,758 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Type I and II flame resistant pants. This was a competitive acquisition with two offers received. This is one-year base contract with four one-year option periods. Location of performance is Puerto Rico, with a Sept. 24, 2024, performance completion date. Using customer is the U.S. Forest Service. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1195). Alamo Strategic Manufacturing,* San Antonio, Texas, has been awarded a maximum $7,329,798 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Intermediate Cold Flyers Gloves. This was a competitive acquisition with four responses received. This is a one-year base contract with three one-year option periods. Locations of performance are Massachusetts and Texas, with a Sept. 23, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1194). TRC Government Services LLC, Tulsa, Oklahoma, has been awarded a maximum $7,063,200 firm‐fixed‐price contract for contractor-owned, contractor-operated optimization for retail/bulk fuel services. This was a competitive acquisition with three offers received. This is a four‐year base contract with two five‐year option periods, a four year, six month option period, and an option to extend, not to exceed six months. Locations of performance are Oklahoma and Texas, with a Sept. 24, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603‐19‐C‐5011). Noble Sales Co. Inc., doing business as Noble Supply and Logistics, Rockland, Massachusetts, has been awarded a maximum $7,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair, and operations supplies and related incidental services. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is an 11-month contract with no option periods. Location of performance is Southeast Africa, with an Aug. 26, 2020, performance completion date. Using customers are U.S. forces in U.S. Africa Command. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-19-D-0002). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,656,895 modification (P00027) to previously awarded contract FA8621-15-C-6397 for F-15C and F-15E Mission Training Center. The contract modification is for implementation of Suite 9.1/Eagle Passive Active Warning Survivability System (EPAWSS) into F-15C and F-15E MTCs to update F-15 MTCs with Suite 9.1 and add EPAWSS capabilities to the F-15E MTC simulators. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home Air Force Base, Idaho; Nellis Air Force Base, Nevada; Royal Air Force Lakenheath, United Kingdom; and Kadena Air Base, Japan, and is expected to be completed by Sept. 23, 2021. The total cumulative face value of the contract is $$255,261,067. Fiscal 2019 operations and maintenance funds in the amount of $22,656,895 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DEFENSE COMMISSARY AGENCY Southeastern Paper Group, Spartanburg, South Carolina, is being awarded a firm-fixed-price with economic price adjustment modification (P00026) to exercise the third option period to previously awarded contract HDEC05-16-D-0002. This modification provides miscellaneous operating supplies and paper bags for multiple commissary stores in the continental U.S., Puerto Rico, and the Pacific Theater. The award amount is estimated at $13,056,618 for the option period. Actual obligations using defense working capital funds will occur upon issuance of delivery orders during the period of performance. The contract third option period will begin Nov. 1, 2019, through Oct. 31, 2020. Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1970213/source/GovDelivery/

  • Thales va fournir à Paris et Londres un système autonome de lutte anti-mines

    27 novembre 2020 | International, Naval

    Thales va fournir à Paris et Londres un système autonome de lutte anti-mines

    PARIS (Reuters) - Le groupe français d'électronique de défense Thales a annoncé jeudi qu'il allait fournir à la Royal Navy britannique et à la Marine nationale française le premier système au monde autonome de lutte anti-mines entièrement intégré. La livraison de ces systèmes, qui ont été testés en conditions réelles en France et en Grande-Bretagne, est prévue à partir de 2022, a indiqué le groupe dans un communiqué, sans préciser le montant de ce contrat. Thales et le britannique BAE Systems ont remporté en 2015 le contrat du programme franco-britannique de lutte contre les mines marines, baptisé MMCM (Maritime Mine Counter Measures). (Claude Chendjou, édité par Jean-Michel Bélot) https://www.usinenouvelle.com/article/thales-va-fournir-a-paris-et-londres-un-systeme-autonome-de-lutte-anti-mines.N1033454

  • Airbus lands $1.27 billion French air tanker upgrade, service deals | Reuters

    23 octobre 2023 | International, Terrestre, C4ISR

    Airbus lands $1.27 billion French air tanker upgrade, service deals | Reuters

    Airbus said on Monday it had signed two contracts valued at 1.2 billion euros ($1.27 billion) to provide capability enhancement and in-service support of France's fleet of A330 MRTTs (Multi Role Tanker Transports).

Toutes les nouvelles